Hangar 1 Power Upgrade JBER

SOL #: FA500026Q0006Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA5000 673 CONS LGC
JBER, AK, 99506-2501, United States

Place of Performance

EARECKSON AS, AK

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

Installation Of Equipment: Electrical And Electronic Equipment Components (N059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 19, 2026
2
Last Updated
Feb 24, 2026
3
Submission Deadline
Feb 27, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, 673d Contracting Squadron, is soliciting proposals for a Hangar 1 Power Upgrade at Joint Base Elmendorf-Richardson (JBER), Alaska. This is a Total Small Business Set-Aside for electrical contractors to upgrade the power infrastructure in Building 11551 (Hangar 1). The contract will be a Firm-Fixed-Price Purchase Order, with award based on the Lowest-Priced, Technically Acceptable (LPTA) offer. Quotes are due by February 26, 2026, at 12:00 PM AKST.

Scope of Work

The contractor will furnish all labor, materials, equipment, and supervision to perform a power upgrade in Building 11551 (Hangar 1) at JBER. Key tasks include:

  • Installation of new electrical circuit breakers and NEMA receptacles for specific bays and Power Distribution Units (PDUs). This involves installing two (2) 1-phase 120V, 20A breakers with NEMA L5-20R receptacles for 91000 BAY 1 PDU, two (2) for 91000 BAY 2 PDU, one (1) 1-phase 120V, 15A breaker with NEMA 5-15R for 91000 BAY 2 Toggle Power Strip, and three (3) 208-240V, 30A breakers with NEMA L6-30R for 95100 PDU3, PDU4, and PDU5.
  • Installation of necessary wiring (10 AWG minimum for 240V, 12 AWG for 120V).
  • Connection of new circuits to existing electrical panels.
  • Patching and painting of all unused wall penetrations.
  • Field verification of existing conditions, quantities, and dimensions.

Performance Standards & Special Requirements

All work must be completed by a licensed electrician, adhering to industry best practices, using new, high-quality materials, and ensuring all installations are tested for functionality and code compliance. As-built drawings are required. The facility is occupied, requiring work to accommodate user needs and 3-day advance approval for downtime. Contractors must protect facility users, provide safety areas, and ensure materials are on-site before work begins. Compliance with numerous codes and standards (UFC, NFPA, NEC, IBC, IMC, EM-385-1-1), waste management, hazardous material handling, site security protocols, and "green procurement" principles is mandatory. Liquidated damages may apply for delayed completion.

Contract Details & Timeline

  • Contract Type: Firm-Fixed-Price Purchase Order.
  • Period of Performance: 7 calendar days after issuance of the purchase order, including administrative time, material ordering, and physical completion.
  • Set-Aside: 100% Total Small Business Set-Aside.
  • NAICS Code: 238210 (Electrical Contractors and Other Wiring Installation Contractors).
  • Quote Due Date: February 26, 2026, at 12:00 PM AKST.
  • Published Date: February 24, 2026.

Submission & Evaluation

Offerors must submit a formal quote detailing the total firm-fixed-price (itemized on the Pricing Sheet), Company Name, Address, CAGE Code, UEI, and confirmation of SAM.gov registration. Quotes must be valid for a minimum of 30 days. Evaluation will be based on the Lowest-Priced, Technically Acceptable (LPTA) methodology, with technical acceptability determined by the vendor's ability to meet SOW requirements. Award is intended to be made without discussions. Electronic submission of payment requests via WAWF is mandatory. Offerors must also address the prohibition on covered defense telecommunications equipment or services. A Wage Determination (No. 2015-5681, Rev 25) for Alaska is applicable.

Point of Contact

Questions and quotes should be directed via email to Amn Daniel Englerth (daniel.englerth@us.af.mil) or SSgt Michael Mangum (michael.mangum.1@us.af.mil).

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 24, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View